Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 19, 2001 FBO #0017
SOURCES SOUGHT

M -- Operation and Maintenance of Badger Army Ammunition Plant, Baraboo, Wisconsin 53913-5000.

Notice Date
12/17/2001
 
Notice Type
Sources Sought
 
Contracting Office
US Army Operations Support Command, 1 Rock Island Arsenal, Rock Island, IL 61299-5000
 
ZIP Code
61299-5000
 
Solicitation Number
DAAA09-02-NONE
 
Response Due
1/3/2002
 
Archive Date
2/2/2002
 
Point of Contact
Jane Thornton, 3097825626
 
E-Mail Address
Email your questions to US Army Operations Support Command
(thorntonj@osc.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA Contract Specialist: Jane E. Thornton, 309-782-5626. Contracting Officer: Kathryn Ortel. The intent of this sources sought synopsis is to identify potential offerors capable and interested in the Operation and Maintenance of Badger Army Ammunition Plan t; Baraboo, Wisconsin. The estimated period of performance is five years. The effort includes, but is not limited to, the following: sanitary waste treatment plant, potable water supply, steam powerhouse, ground water treatment, energy conversation, gov ernment staff support, support of Forestry, Fish and Wildlife, and Agricultural programs, historical preservation, demolition and decontamination of hundreds of buildings and property containing residual explosives, Maintenance of Inactive Industrial Facil ities (MIIF), Layaway of Industrial Facilities (LIF), disposal, support for laboratory services and utilities supplied to others, and executing special projects for environmental restoration. These clean-up projects will consist of, but not be limited to, the removal of smokeless powder from in and around production buildings, Ozone Depleting Chemical removal, Polychlorinated Biphenyl contaminated oil removal, removal of propellant and chemicals from the industrial sewers, removal of antifreeze from underg round piping, and asbestos decontamination. It is anticipated that a firm, as a minimum, in order to perform these anticipated services will be required to provide an on-site chemical analysis laboratory and be responsible for operating one of the most ex tensive groundwater-monitoring program in Wisconsin. This effort is performed under State and U.S. Environmental Protection Agency (EPA) orders for the Department of Defense, as well as doing similar work for Fort McCoy in Wisconsin. Additionally, it is anticipated that a firm will be required to perform continuous environmental remediation efforts and cleanup of production facilities at the plant. It will be a critical performance factor for the operating firm to develop strategies and plans to avoid un acceptable delays, decrease any duplication in costs, and prepare proposals to preclude unacceptable disputions, and violations that would impact any future projects. The requirement as mentioned in this synopsis is currently being drafted and may change. There is no solicitation available at this time. This solicitation, if and when issued, is anticipated to be available on the Internet at FedBizOpps. Interested sources shall submit a Statement of Capability (SOC) not more than five pages long. The SO C shall include the following: Firm's name and address; Names of two principals to contact including title, telephone number, e-mail address, and business size. It is essential and critical that any prospective awardee be responsible and responsive, demo nstrate through past experience and technical knowledge the ability and capability to establish and maintain a successful working relationship with the Wisconsin Department of Natural Resources, as well as the U.S. Army Corps of Engineers and their restora tion contractor. SOC shall address the firm's experience in providing similar services, management capabilities, former Government contracts, and any other information deemed pertinent to supporting the contractor's ability to perform the noted services. Contractors are required to be registered in the Central Contractor Registration (CCR) prior to award of any resultant contract. Facsimile (ONLY) responses are required by COB January 3, 2002. Send facsimile responses to the Attention of the Contract Sp ecialist, at facsimile number 309-782-3844. This sources sought announcement is requested for information purposes only. No cost data should be submitted. The Government will not pay for any material provided in response to this synopsis and submittals will not be returned.
 
Web Link
Army Single Face to Industry
(http://acquisition.army.mil)
 
Place of Performance
Address: US Army Operations Support Command 1 Rock Island Arsenal, Rock Island IL
Zip Code: 61299-6000
Country: US
 
Record
SN20011219/00007089-011218100448 (fbodaily.com)
 

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.